36 EAMXS Consolidated MOCC Radios (Andersen AFB, Guam)
ID: FA524025QM118Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of 36 Consolidated MOCC Radios at Andersen Air Force Base in Guam. The objective is to enhance communication capabilities by providing radios that integrate with ultra-high frequency and very-high frequency networks, along with comprehensive telephonic services, installation, and training. This procurement is critical for maintaining operational security and compliance with Department of Defense regulations, ensuring effective communication within the base. Interested vendors must submit their quotes by 27 August 2025 at 1300 Chamorro Standard Time, and can contact TSgt Samuel Gordon or Gerardine Mendiola for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines requirements for providing communication infrastructure, specifically 36 integrated radios, at Andersen Air Force Base, Guam, by April 2025. The contractor is responsible for transportation, installation, and support of ten end-user devices capable of utilizing various communication networks, ensuring high functionality and security. Essential services include on-site training, installation of necessary equipment like antennas and power supplies, and cybersecurity compliance aligned with Air Force protocols. The contractor must adhere to strict operational guidelines, including liability for safety standards and government-provided medical services. Additionally, contractual personnel must comply with security identification protocols and traffic regulations while securing all government property. Access to controlled areas requires appropriate clearances. The work hours are established as Monday to Friday, excluding holidays. Overall, this document establishes a structured approach to contracting for vital communication services, ensuring they meet military standards and operational efficiency necessary for project success at Andersen AFB.
    The document discusses the limitations of a protected PDF that contains information related to federal government RFPs, federal grants, and state and local RFPs. Unfortunately, access to the content is restricted due to compatibility issues with the user's PDF reader. The main topic likely revolves around federal or state funding opportunities and requests for proposals, which typically provide guidelines and application processes for prospective applicants and stakeholders in government contracting. The summary indicates that the document is important in the context of governmental procurement and funding mechanisms, serving as a resource for entities seeking financial assistance or contracts in compliance with federal and state regulations. However, without access to the content, specific details on key ideas, project descriptions, or funding criteria remain unknown. The situation reflects the challenges users may face when attempting to access vital governmental information, emphasizing the need for compatible tools to facilitate accessibility.
    The document is a Statement of Work for the provision of 36 Consolidated MOCC radios at Andersen Air Force Base, Guam, by July 18, 2025. It outlines requirements for the contractor, including transportation, planning, installation, equipment, and hands-on training. The radios must integrate with ultra-high frequency and very-high frequency networks and provide comprehensive telephonic services. The contractor is responsible for ensuring operational security, liability for damages, and compliance with stringent cybersecurity measures. The contract specifies the provision of a one-year warranty, IT support, and training for authorized personnel. It includes security protocols regarding personnel identification, compliance with traffic laws, prohibition of weapons, and safeguarding government property. The document emphasizes strict adherence to operational and reporting requirements to maintain safety and functionality on the base. The goal is to enhance communication capabilities while ensuring compliance with Department of Defense regulations.
    The document outlines the requirements for a Small Business Subcontracting Plan as mandated by Federal Acquisition Regulations (FAR). It is specifically designed for large businesses participating in government contracts, aimed at ensuring they set goals for subcontracting to various categories of small businesses. Key components include target percentages of contract value allocated for different groups, such as Small Businesses (SB), Veteran-Owned Small Businesses (VOSB), and others. Additionally, it details how to assess potential small business sources and maintain compliance with subcontracting regulations. Responsibilities for managing the subcontracting program, reporting requirements, and outreach strategies to engage small business stakeholders are specified. The plan must be submitted with each bid, reviewed by relevant oversight bodies, and maintained as part of the contracting records to verify compliance with stated goals, ultimately promoting equitable opportunities for small businesses in federal procurement activities.
    The Department of the Air Force is soliciting quotes through a Request for Quotes (RFQ) under solicitation number FA524025QM118 for the procurement of Consolidated MOCC Radios at Andersen Air Force Base, Guam. The solicitation is issued in accordance with FAR guidelines and outlines two key Contract Line Item Numbers (CLINs): the supply of radios including hardware, software, and installation, and a one-year warranty. Vendors are required to provide detailed pricing, technical descriptions, and a small business subcontracting plan if applicable. Responses must be submitted via email by 27 August 2025 at 1300 CHST, emphasizing adherence to delivery timelines and evaluation criteria based on price and compliance. The procurement process aims for a Firm Fixed Price contract awarded to the most advantageous bid, emphasizing not just low price but also value and compliance with specifications, including a commitment to small business opportunities. Additional clauses and provisions are specified in the attachments accompanying the solicitation document. This RFQ represents a streamlined acquisition procedure intended to enhance operational capabilities at Andersen AFB while ensuring compliance with federal regulations and standards.
    The Department of the Air Force is issuing a Request for Information (RFI) regarding the procurement of consolidated MOCC radios for the 36th Aircraft Maintenance Squadron at Andersen Air Force Base, Guam. This RFI seeks market research and does not constitute a formal Request for Proposals (RFP). Responses from businesses are voluntary, and all associated costs will be borne by the respondent. Submissions should articulate capabilities as outlined in the attached Statement of Work (SOW) and must be sent via email to designated contacts by April 14, 2025. The shipping address for potential commercial agreements is provided. This document serves the purpose of gathering information to guide future procurement decisions within the specified NAICS code of radio and television broadcasting and wireless communications equipment manufacturing. The RFI is part of standard government practice to ensure agencies can make informed decisions based on market capabilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought For Fire Alarm Radio Transmitter
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential sources for a fire alarm radio transmitter that meets specific performance and approval requirements. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to narrowband radio communication standards as outlined by federal regulations. This opportunity is crucial for enhancing safety and operational efficiency at the base. Interested suppliers are encouraged to submit detailed technical data to Ms. Josie Damo-Agcaoili via email by December 18, 2025, at 2:00 p.m. H.S.T., as late submissions will not be considered.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to secure reliable telecommunication services that adhere to the specifications outlined in the attached Statement of Work, which includes requirements for service quality, outage management, and personnel qualifications. These services are critical for maintaining effective communication and operational readiness at the base. Interested small businesses must submit their quotes by December 18, 2025, with questions due by December 9, 2025, and are encouraged to contact Michael Salone or 1st Lt Nicholas P. Kortis for further information.
    RADIO FREQUENCY MAN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Radio Frequency Man under a federal contract. The procurement requires firms to provide a firm-fixed price for the repair services, adhering to specific requirements such as MIL-STD packaging, government source inspection, and a Repair Turnaround Time (RTAT) of 135 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and compliance with various regulatory requirements outlined in the solicitation.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This contract, which is a Firm-Fixed Price (FFP) single award, is aimed at fulfilling Foreign Military Sales (FMS) requirements for Bulgaria and Taiwan, with specific provisions for first article testing due to the item not being produced in over three years. The selected contractor must comply with AS9100 quality standards and cybersecurity regulations, with delivery of the full quantity required by December 31, 2028. Interested parties should note that the RFQ closing date has been extended to January 6, 2026, at 3 PM M.S.T., and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    B1654 Command Post Console Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    COMMS BAR BASE ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the COMMS BAR BASE ASSY, a critical component in military communications systems. The procurement requires vendors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation of the components, with a requested repair turnaround time of 90 days. This contract is vital for maintaining operational readiness and ensuring the functionality of communication systems on submarines and surface ships, emphasizing the importance of quality and compliance with military standards. Interested contractors must submit their proposals, including proof of being an authorized distributor of the original manufacturer, by contacting Catherine Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil.
    MARS Radio SSJ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure radio navigation equipment under the title "MARS Radio SSJ." This procurement is justified as a sole source requirement, and interested parties are directed to review the Sole Source Justification and Salient Characteristics documents for detailed specifications and requirements. The equipment is critical for navigation purposes, ensuring operational effectiveness in various defense applications. For further inquiries, interested vendors can contact Erik Owens at erik.owens.8@us.af.mil or by phone at 850-882-0255, with the place of performance located in Crestview, Florida, ZIP code 32536.